SOURCES SOUGHT
99 -- BILLINGS, MONTANA AIRPORT TRAFFIC CONTROL TOWER AND TRACON PRO= JECT
- Notice Date
- 5/20/2003
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-53A9 NW Mountain Region (ANM)
- ZIP Code
- 00000
- Solicitation Number
- DTFA11-03-R-00058
- Response Due
- 6/1/2003
- Point of Contact
- Michael Todd, (425) 227-1179
- E-Mail Address
-
Email your questions to Michael.R.Todd@faa.gov
(Michael.R.Todd@faa.gov)
- Description
- Solicitation No. DTFA11-03-R-00058 Screening Information Request (SIR) for the Airport Traffic Control Tower (= ATCT) and TRACON located at the Billings Logan International Airport, in Bi= llings, Montana Point of Contact: Michael Todd, Contracting Officer, (425) 227-1179. fax = (425) 227-1055. I.=09Purpose The purpose of this Screening Information Request (SIR) is to seek competen= t and qualified contractors to perform the construction of the new Airport = Traffic Control Tower and TRACON facility located at the Billings Logan Int= ernational Airport, in Billings, Montana. This SIR requests qualifying inf= ormation only. An FAA appointed Integrated Product Team (IPT) will evaluat= e each response received and make a selection of qualified offerors based o= n the evaluation criteria established in this SIR. The SIR evaluation proc= ess may involve negotiations with one or more offerors. The intent of thes= e negotiations is for the FAA evaluators, or IPT, to gain a better understa= nding of the proposed project and/or to clarify evaluation information subm= itted by the offeror(s). All offerors that are eliminated from the competi= tion will be notified in writing immediately after the IPT evaluation is co= mpleted. =20 Written responses to this SIR are due by close of business on June 17, 2003= . Issuance of the solicitation package to selected qualified offerors is s= cheduled for July 31, 2003. =20 II.=09Scope of Project: Construction of a 95-foot tall pre-cast concrete ATCT on a cast-in-place co= ncrete spread foundation on bedrock. The 10,363 square foot TRACON and Adm= inistrative Base Building will be on a foundation consisting of a concrete = slab on grade with stem walls and footings. The building will have reinfor= ced concrete masonry unit walls with reinforced glass windows. Site work will include all utility connections to near-site locations, land= scaping and sidewalks, a security fence around the facility with security c= ontrolled gates, and a paved parking area for approximately 17 vehicles.=20 The ATCT and TRACON Base Building work will include all electrical work for= the installation of electronic equipment by others, an elevator, a complet= e security system, a heating, ventilation and air conditioning (HVAC) syste= m, the installation of a government furnished 125 KVA, 3=20 phase, diesel engine generator and associated equipment, an underground fue= l storage tank, a complete plumbing system, a complete Fire Sprinkler Prote= ction system, a complete Fire Alarm Detection system, special carpeting, li= ghting and grounding system, and training for certain systems. The ATCT cab and TRACON will require specially pre-designed (design perform= ed by others) consoles and related shelving and cabinets (furnish and insta= llation performed under this contract). Other furnishings will include con= troller chairs and specific kitchen and bathroom appliances. Other furnitu= re will be provided under separate contract. The ATCT and TRACON and Administrative Base Building will be constructed wi= th several sustainable building practices. The LEED Green Building Rating = System will be used to rate the constructed facility at Billings. Although= technically this is not a LEED certified project, there are several LEED f= eatures that will be incorporated into the construction specifications. LE= ED stands for Leadership in Energy & Environmental Design. =20 III.=09Evaluation Criteria:=20 Offerors are required to submit a business proposal. Proposals shall be te= chnically evaluated as either =E2=80=9Cacceptable=E2=80=9D or =E2=80=9Cnot = acceptable=E2=80=9D on the basis of the following criteria: 1.=09Past Performance/Experience 2.=09Key personnel Any proposal determined to be =E2=80=9Cnot acceptable=E2=80=9D in any evalu= ated area, criteria, or sub-element thereof, shall render the proposal to b= e unacceptable and therefore rejected from further consideration. The gove= rnment may reject any and all proposals and waive informalities or irregula= rities in proposals. One-on-one discussions may be held, at the option of = the Government, with one or more offerors, as deemed necessary by the Contr= acting Officer, to clarify proposals, resolve issues, and omissions, etc. IV.=09Proposal Content: Offerors shall submit a complete business proposal that shall encompass, bu= t not necessarily be limited to, the content set forth herein. Note, all p= roposal areas must be fully addressed. A negative response is required in = the event of no similar experience for a particular area, or for any item t= hat is not applicable. Any omission or partial and vague responses, may le= ad to the rejection of the offeror=E2=80=99s proposal without discussions w= ith the offeror. All submitted technical or business information, past per= formance/experience, qualifications of key personnel, names of subcontracto= rs, etc., shall be considered proprietary data and shall be utilized for ev= aluation purposes only and kept confidential. =20 BUSINESS PROPOSALS: Criteria #1 - Past Performance/Experience Provide all similar business activity performed during the past three (3) y= ears. Be specific and give details for each project such as: =C2=A7=09Project title, description, contract number =C2=A7=09Dollar value =C2=A7=09Customer name, address, phone number, and contact person =C2=A7=09Scope of work =C2=A7=09Performance period; dates and contract duration =C2=A7=09Any contractual issues or technical matters disputed, and resoluti= on thereof =C2=A7=09Any claims and resolution thereof (i.e., nature, number, dollar va= lue) =C2=A7=09Any information that would reflect on the offeror=E2=80=99s abilit= y to meet schedule constraints Identify and fully address experience with FAA construction projects, high-= rise structural, office buildings, electrical, and mechanical projects. In= clude: 1.=09Years of experience. 2.=09Sustainable emphasis construction experience. 3.=09Subcontracting envisioned for Billings project. 4.=09Quality Control. 5.=09Safety record. 6.=09Partnership experience. 7.=09LEED experience. Criteria #2 =E2=80=93Key Personnel Identify key personnel assigned to this project. Provide resume informatio= n including pertinent data related to years of experience, employment histo= ry, education, training, accomplishments, licenses, certificates, etc. =20 V.=09Consideration of Price (not to be submitted in response to this SIR)= =20 Qualified offerors shall submit pricing information as prescribed in PART I= - SECTION B of the Request for Offers (currently scheduled for issuance on= or about July 31, 2003). Evaluation criteria elements #1, and #2 are sign= ificantly more important than price. Therefore award may be made to other = than the lowest priced offeror when the IPT determines that the evaluation = criteria outweighs the price advantage. Each offeror is required to provide a price for each contract line item (CL= IN). Failure to comply may result in the rejection of the subject offer. = A single award shall be made. There shall be no split award. In the event= of any disparity between the CLIN price and the total offered price, the C= LIN price shall be deemed correct, and the total offered amount shall be re= vised accordingly, unless available information indicates otherwise. Federal Aviation Administration 1601 Lind Ave. S.W. Attn: Mike Todd, ANM-53 Renton, WA 98055-4056 CLAUSES AND PROVISIONS 3.3-1 Clauses and Provisions Incorporated by Reference (August 1997) This screening information request (SIR) or contract, as applicable, incorp= orates by reference one or more provisions or clauses with the same force a= nd effect as if they were given in full text. Upon request, the Contractin= g Officer will make the full text available, or offerors and contractors ma= y obtain the full text via Internet at: http//fast.faa.gov (on this web pa= ge, select =E2=80=9Ctoolsets=E2=80=9D, then =E2=80=9Cprocurement toolbox=E2= =80=9D) 3.3.1-10 Availability of Funds (APR 1996) 3.9.1-1=09Disputes (N0V 2002) 3.9.1.2=09Protest After Award (AUG 1997) 3.9.1.3=09Protest (NOV 2002) Prospective offerors are hereby notified that employees of A.I.M. Incorpora= ted, a private contractor to the Government, may be used in evaluating offe= rs received under this SIR.
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00328640-W 20030522/030520214413 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |